Notice of Intent to Award to a Single Source: HAFB Advantor Additional Access Cards
ID: 2025-PZI0-1552Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense intends to award a sole source contract to Advantor Systems for the procurement and installation of twenty-one access control card readers in the secure areas of Building 1614 at Hanscom Air Force Base, Massachusetts. This initiative aims to enhance security systems in compliance with Intelligence Community Directive Number 705 and the relevant technical specifications for sensitive compartmented information facilities. The procurement process will be conducted under FAR 6.302-1, which permits single-source contracts, and interested parties are invited to submit capability statements via email by May 5, 2025. For further inquiries, contact Kristin Morrison at kristin.morrison.1@us.af.mil or Kamryn Anderson at kamryn.anderson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is planning to issue a sole source contract to Advantor Systems for the procurement and installation of twenty-one access control card readers in the secure areas of Building 1614 at Hanscom Air Force Base, Massachusetts. This initiative aims to enhance security systems in compliance with Intelligence Community Directive Number 705 and applicable technical specifications for sensitive compartmented information facilities. The Air Force's Operational Contracting Division will negotiate this contract under the authority of FAR 6.302-1, which allows for single-source procurement. Interested parties may submit capability statements via email by May 5, 2025, although this notice is not a formal Request for Proposal (RFP) or Invitation for Bid (IFB), and the Air Force will not compensate any respondents for their submissions. The document clearly outlines the purpose of the procurement while ensuring all processes adhere to federal regulations regarding security systems services.
    Similar Opportunities
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    Notice of Intent to Sole Source - Secure Brow System Mid-Brow Doors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Dawson MCG, LLC for the procurement of Secure Brow System Mid-Brow Doors. This acquisition is critical for enhancing security measures and operational capabilities within the agency's mission scope. The procurement falls under the authority of FAR 13.106-1(b), and while this notice is not a request for competitive proposals, interested parties may express their capabilities within fifteen (15) days of the notice's publication. For inquiries, potential respondents can contact Elizabeth Booher at elizabeth.a.booher.civ@mail.mil or Zun Lin at zun.z.lin.civ@mail.mil.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Sole Source Notice - Point of Sale Cash Register System Upgrade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a sole source notice for the upgrade of its Point of Sale Cash Register System at Travis Air Force Base in California. This procurement aims to enhance the existing cash register system in accordance with FAR 6.305, ensuring improved functionality and efficiency in financial transactions. The upgrades are critical for maintaining operational readiness and supporting the financial management needs of the base. Interested parties can reach out to Karly Zamiar at karly.zamiar@us.af.mil or Marcus Thomas at marcus.thomas.3@us.af.mil for further details regarding this opportunity.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    Sole Source Combined Synopsis/Solicitation - Alta Data parts Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is issuing a sole source combined synopsis/solicitation for the procurement of specialized PCI Express cards and SCSI cable assemblies from Alta Data Technologies, LLC. The requirement includes the purchase and shipment of three units each of the PCIE4L-1553-4F-AT interface modules and SCSI-1553-4-01-T cable assemblies, which are critical for the Embedded Diagnostics System Re-Engineering Proof of Concept at Robins Air Force Base in Georgia. These components are essential for system test capabilities within the C5 Systems Integration Lab, and their proprietary nature necessitates sourcing exclusively from Alta Data Technologies to avoid significant project delays and additional costs. Interested parties can reach out to primary contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or secondary contact Teresa Duval at teresa.duval@us.af.mil for further information. The delivery of the products is required within 60 days of contract award, and the procurement falls under NAICS code 334515.
    Crossmatch Booking station
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.